Loading...
95-192 Resolution No. 95-192 RESOLUTION AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH CIVIL DESIGN GROUP, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Civil Design Group, Inc . for Phase II analysis of the Willow Lake Estates/Judson College sanitary sewer, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: September 13, 1995 Adopted: September 13, 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk $ 1 RAGREE/CIVILDES Draft 8/23/95 PROFESSIONAL SERVICES AGREEMENT This agreement is entered into this /Wli day of SEPT: , 1995, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City" ) , and Civil Design Group, Inc. , an Illinois corporation (hereinafter referred to as "Consultant" ) . WHEREAS, the City has determined it to be in its best interests to obtain the assistance of an expert engineering consultant concerning sanitary sewer main conditions located within the Willow Lake Estates Trailer Park and Judson College. Now, therefore, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows : 1 . Scope of Work. Consultant shall provide and direct the necessary qualified personnel to perform the services described in the proposals for engineering work regarding the aforementioned sanitary sewer main inflow reduction (hereinafter referred to as "Study" ) , which is attached hereto and incorporated by reference herein as Exhibits A-D. 2 . Term. This agreement shall have a term commencing on , and ending upon delivery and acceptance of all project deliverables, or until otherwise terminated as provided herein. This agreement may be terminated by the City at such time as the City may elect, provided that the effective date of such termination shall not be earlier than seven days following the mailing of written notice of termination to Consultant at the address provided herein. Upon receipt of a notice of termination, Consultant shall deliver to the City the work product or other results obtained by Consultant up to that time. 3 . Fee. So long as Consultant is discharging its obligations hereunder to the reasonable satisfaction of the City, Consultant shall be paid a fee for such services at the rate set forth in Exhibit A which is appended hereto and incorporated by reference herein. Said fee shall not exceed $36,020 in total for all tasks combined. Said fee shall be payable within 60 days of receipt by the City of an itemized invoice for services rendered by the Consultant. City shall not be liable for the payment of reimbursable expenses incurred in excess of $200 . 00 . A 4 . Rights in Results of Services . The results of Consultant's services under this agreement shall be the exclusive property of the City, and all documents ( including without limitation, all writings, drawings, blueprints, pictures, recordings, computer or machine-readable data, and all copies or reproductions thereof) which describe or relate to the services performed or to be performed pursuant to this agreement or the results thereof, including without limitation all notes, data, reports or other information received or generated in the performance of this agreement, shall be the exclusive property of the City and shall be delivered to the City upon request (except for one copy, which may be retained by Consultant for its confidential files) . No articles, papers, treatises, or presentations related to or in any way based upon or associated with the services performed pursuant to this agreement shall be presented or submitted for publication without the prior written consent of the City. 5 . Other Agreements . Consultant warrants that it is not party to any other existing or previous agreement which would prevent Consultant from entering into this agreement or which would adversely affect Consultant' s ability to perform the services under this agreement. During the term of this agreement Consultant will not, without the prior written consent of the City, perform services for any person, firm or corporation other than the City if such services could lead to a conflict with Consultant' s obligations under this agreement. 6 . Subcontracting. If Consultant intends to hire or retain any person, firm or corporation to perform services under this agreement, Consultant shall first secure the written agreement of such party that such party ( 1) shall assume and agree to be bound by the same obligations as Consultant has assumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or employee of the City, nor assume or create any commitment or obligation on behalf of nor bind the City in any respect whatsoever. Consultant shall provide the City with a copy of each such written agreement. 7 . Assignment. Neither this agreement nor any of the rights or obligations hereunder may be assigned or otherwise transferred by Consultant, nor shall the benefits of this agreement inure to the benefit of any trustee in bankruptcy, receiver or creditor of Consultant, whether by operation of law or otherwise, without the prior written consent of the City. Any attempt to assign or transfer this agreement or any rights -2- hereunder without such consent shall be null and void and of no force or effect. 8 . Independent Contractor. Consultant is and shall perform its services under this agreement as an independent contractor, and shall not be deemed an agent, employee or legal representative of the City. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind the City in any respect whatsoever. 9 . Licenses and Permits . Consultant shall obtain any and all licenses and permits required by federal, state, or local statutes, regulations or ordinances necessary for the performance of its services pursuant to this agreement. 10 . Compliance with Laws . Consultant shall at all times impose work orders on its employees and subcontractors which are described to assure that they comply with all applicable federal, state and local laws and regulations, including occupational safety and environmental protection statutes and regulations, i performing the services hereunder, and shall comply with any directions of governmental agencies and the City relating to site safety, security, traffic or other matters . 11 . Indemnification of Client. Consultant shall defend and indemnify the City from and against any and all claims for damages, causes of action, suits or other liability arising out of the performance of the service for the City where such liability is caused by the negligent act, error or omission of Consultant, its agents, employees or assigns, or any person or organization for whom Consultant is legally liable. 12 . Consultant' s Insurance. Consultant shall obtain and maintain the following policies of insurance: ( 1) Worker's compensation and occupational disease insurance in amounts required under the laws of the State of Illinois; (2) Comprehensive general liability and automobile liability insurance for bodily injury, death or loss of or damage to property of third persons in the minimum amount of $1 million per occurrence which policy shall name the City and owner of property, if other than the City, upon which Consultant' s -3- services are performed as additional insured. Consultant shall furnish to the City a Certificate of Insurance as evidence of such policies on or before September 15, 1995 . $ � -- �5Uj c^Ute ( 3) Professional liability insurance for errors and omissions in the minimum amount of • ' n per occurrence. Consultant shall furnish to the City Certificate of Insurance as evidence of such policy on or before September 15, 1995. 13 . Right of Entry. The City shall provide for Consultant' s right to enter from time to time property owned by the City or other(s ) in order for Consultant to fulfill the scope of services, pursuant to the attached authorization form. 14 . Severability. If any portion of this agreement, or application thereof to any person or circumstance, shall to any extent be invalid, the remainder of this agreement, and the application of such provision to persons or circumstances other than those as to which it is held invalid, shall not be affected thereby, and each provision of this agreement shall be valid and enforced to the fullest extent permitted by law. 15 . Governing Law. The validity, performance and construction of this agreement shall be governed and interpreted in accordance with the laws of the State of Illinois applicable to contracts made and to be performed therein. 16 . Additional Provisions . a. This agreement includes those additional provisions contained in Attachments I, II , III and IV. b. Any impacted soil transported off site shall be managed and disposed of in the proper and lawful manner by Consultant as outlined in 35 Illinois Administrative Code, Section 809 . c. When transporting or managing impacted soil on site, Consultant shall follow the property OSHA safety guidelines . In addition, the laborers performing the work shall be notified by Consultant of the potential health and safety risk of the material . 17 . Entire Agreement. This agreement contains the entire understanding and agreement between the parties hereto with respect to the -4- subject matter hereof and supersedes all previous communications, negotiations and agreements, whether oral or written, between the parties with respect to such subject matter, and no addition to or modifications of this agreement or waiver of any provisions of this agreement shall be binding on either party unless made in writing and executed by the City. The terms and conditions set forth herein are accepted as of this (yt/ - day of S E p-r- , 1995 . CITY OF ELGIN, a municipal corporation By Richard B. Helwig City Manager Attest: A\LCA24,,-N_ Dolonna Mecu City Clerk CIVIL DESIGN GROUP, INC. By Steven F. Albert, P.E. President -5- ATTACHMENT I Consultant Certifies that: 1 . The undersigned firm certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue except for tax it is contesting in accordance with the procedures established by the appropriate revenue act. 2 . The undersigned firm certifies that the firm is not barred from making an offer to contract as a result of a violation of either Section 33E-e, or 33E-4 of Chapter 38 of the Illinois Revised Statutes . 3 . The undersigned firm certifies that the firm shall comply, where applicable, with the Wages of Employees on Public Works Act ( Illinois Revised Statutes, Chapter 48, Section 39S, et seq. ) 4 . The undersigned firm certifies that the firm shall comply with the City' s contract compliance ordinance relating to Affirmative Action. By: cf� 5. (74- Date: -c-SGPT J S -6- ATTACHMENT II CITY OF ELGIN CONTRACT COMPLIANCE AFFIRMATIVE ACTION INFORMATION To assure compliance with the City of Elgin' s contract compliance ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following Affirmative Action information: 1 . Work Force Analysis using the enclosed bidder' s employee utilization form. 2 . Provide the information required by item #3 on the employee utilization form if the answer to question 2 on the form is "yes" . 3. Provide a written commitment outlining the steps that the bidder plan to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder' s affirmative action plan may be submitted in lieu of this requirement. ) -7- CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in item #4 of the Bidder's Employee Utilization Form" shall : 1 . Set out the name and phone number of the bidder' s Affirmative Action Officer. 2 . Clearly identify the bidder' s recruitment area and the percentage of minority and female in the area' s population and labor force. 3 . Set out what the bidder has done and has set as a goal to be done to recruit minority and female employees . 4 . Set out the bidder's specific goals to recruit minority and female for training programs or other similar opportunities available through the bidder' s organization. 5 . Indicate bidder's consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6 . Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, selection and hiring of job applicants for the bidder. 7 . Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment meeting the above requirements or their affirmative action plan to the City of Elgin. 8 . Clearly state that the bidder agrees that: "Bidder (Civil Design Group, Inc. ) shall not discriminate against any employee, or applicant for employment because of race, color, religion, sec, ancestry, national origin, place of birth, age or physical handicap which will not interfere with the performance of the job in question. " -8- ATTACHMENT III The Consultant certifies that it has in writing sexual harassment policies that include, at a minimum, the following information: (i) the illegality of sexual harassment; (ii) the definition of sexual harassment under state law; (iii) a description of sexual harassment, utilizing examples; (v) the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commission; (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided to the Department of Human Rights upon request. P.A. 87-1257 . Sexual harassment is defined as follows : "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when ( 1) submission to such conduct is made wither explicitly or implicitly a term or condition of an individual ' s employment, (2) submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual, or ( 3) such conduct has the purpose or effect of substantially interfering with an individual ' s work performance or creating an intimidating, hostile or offense working environment. " 0"r� By: 4 l �' Date: 5-443'7-9s- -9- • EXHIBIT A - PROJECT FEE SUMMARY AND SCOPE OF SERVICES SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN PROJECT FEE SUMMARY Project Fee Not : : phase Description of Project Phase to Exceed • 2 Second Phase Study of Judson College Sewer Main $17,200. Services provided by Civil Design Group as outlined in the Scope of Services listed below • This portion of the Total Agreement Cost includes the • following equipment rentals: six weeks at $250 per week for one Flo-Tote flow monitor, a laptop computer for downloading data from all four monitors, flow monitoring software, and providing a video camera - - during the smoke testing phase of the project work. , Subcontract: Sewer System Evaluations. Inc. $14,620. Services as detailed in the attached Proposal for Services to Civil Design Group, Inc. dated 8/8/95. Services include inspecting all manholes in the Willow • Lakes Estates area and in the 12" main between Willow Lakes and the 16" main, making recommendations for repair of the manholes, smoke testing the Judson College service and the estimated 24,650 feet of sewer within Willow Lakes, and providing a summary report. Eauioment Rentals: Lee Engineering Sales Co. $4,200. 3 Marsh-McBirney Flo-Totes at $1,000 per month plus• - $200 per week thereafter ($1,400 each) 3 Stainless Steel Mounting Bands included 18", 10", and 12" sizes as required for this.study) . Total Agreement Cost $36,020. • EXHIBIT A - PROJECT FEE SUMMARY AND SCOPE OF SERVICES SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN • .SCOPE OF SERVICES - 1. Perform smoke testing in the entire Willow Lakes Estates subdivision and on the single service line entering Manhole 13A-63 in Judson College. Smoke testing shall be as outlined in the SSEI proposal. Civil Design Group, Inc. will provide a field technician to accompany the SSEI crew. The field technician will assist in public relations during the smoke testing and will videotape all problems identified by the testing. 2. Install, service and download data for six weeks, and remove and clean four flow monitors. The monitors will be placed at the following locations: a. At the 'WTP' location as shown in the previous study (12") .b. At the 'JUDSON' location as shown in the previous study (12") c. At the first manhole within the trailer park (10") d. At the manhole with the sewer main heading north towards the Holiday Inn (to record the only significant offsite flow passing through the trailer park) Flow monitoring is required at these locations at this time to obtain pre- - rehabilitation flow data. This data will be compared with a follow up flow monitoring study to be performed after the system is repaired. Also, with this data we will be able to further quantify and isolate the known problem in the 12" ductile iron Judson main. Testing again at the previous locations will allow a comparison with data already obtained and a basis for determining the relationship between flows in the trailer park and flows in the main line. 3. Prepare a summary report with conclusions and recommendations. The report prepared by SSEI will summarize the manhole inspections and provide rankings for cost effectiveness of repairs. Their report will be presented as an appendix to our report. Our conclusions will include specific recommendations for additional - study (if needed, but currently not anticipated) and recommendations for the final design of improvements to correct problems found. - The summary report will include a cost/benefit analysis to determine the cost effective 1/I removal options. The upper limit of cost will be governed by.the option of pumping around the problem Judson line (the lift station option). 4. Attend meetings with City staff as required to present results of the work and to • gain input for follow up assignments. 5. Attend one City Council meeting (if requested) to present the results of the study _ - • -•- and subsequent analysis. ' '`: '6. Project management including meetings with the City and FRWRD, meetings with • and coordination of SSEI, internal staff meetings, project communications, and project administration. 7. Miscellaneous tasks including developing a sanitary service area map of the 'trailer park, plotting drawings, and quantity and cost estimates. • • • • EXHIBIT A - PROJECT FEE SUMMARY AND SCOPE OF SERVICES SECOND PHASE STUDY OF I/I PROBLEM IN JUDSON COLLEGE SEWER MAIN Notes to the Project Scone of Services - - 1. Additional, currently unanticipated, design or construction requirements may arise during the course of the project. Any additional scope of work elements will be undertaken only after written approval from the City of Elgin or after an Amendment to this Agreement has been approved. 2. Additional work may result from the need to provide flow monitoring for a period longer than six weeks. We will need to monitor long enough to obtain data for wet weather conditions. 3. The Agreement with SSEI is a unit price Agreement. Payment will be made only for manholes actually found and inspected and for the linear footage of sewer main actually smoke tested. 4. The results of this study are required before we will be able to estimate the cost of design and construction of the required remediation. If smoke testing does • not resolve the Ill problem, the following additional studies may be required: a. Performing storm sewer dye flooding studies (with concurrent televising) of • potential storm water cross connections. b. Performing building inspections to locate storm water inflow sources not apparent during the smoke testing. c. Cleaning and televising all or portions of the sewers within the trailer park. 5. Design plans and specifications for remediation of inflow problems are not included in this study but will be required upon completion of the study phase. Other future required work may include the following: a. Preparing design plans for corrective actions, project bidding, and overseeing • construction of the improvements. b. Performing post rehabilitation flow monitoring studies to prove the _ effectiveness of the rehabilitation work (to be done in the Spring of 1996). c. ;Making recommendations for additional remediation steps, if still required. • • EXHIBIT B - ADDITIONAL AGREEMENT TERMS AND CONDITIONS SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN • • Schedule 1. It is assumed that the project will be completed in calendar year 1995. 2. The project fee is based upon completing the work without unscheduled interruption. If the project is placed on hold for unanticipated reasons the project fee will be subject to renegotiation. 3. This Agreement must be signed and returned to our office within 30 days from the date listed on the cover letter of this Agreement to remain valid. The Agreement will expire upon completion of the Project Scope of Services. • General Reauirements •. - 1. The City of Elgin (or their authorized representatives) will furnish any project information required in a timely manner to support the work. The required • information is listed in the Exhibit A notes (mostly in hand already). 2. - Civil Design Group, Inc. is not responsible for the accuracy of plans, surveys, or other design information provided to us for use in the preparation of our work. Project Fee 1. The total cost of services for each detailed scope of work item will be less than • or equal to the fee estimate presented in Exhibit A. 2. If additional work is requested, or if any change to the scope of services is required, Civil Design Group, Inc. will not proceed with the new services until a revision to the original Agreement has been agreed upon. • 3. Costs of additional reimbursable expense categories are detailed in Exhibit C. These costs will be billed in addition to the basic fees for services. • 4. If the project is not substantially completed this calendar year, the remaining project fee will be increased by up to 5% to reflect changes in billing rates on Jan. 1st. Fee Payment • • - . 1. All fees for services and other expenses will be invoiced monthly or upon •_ s-~ completion of a project scope item listed in Exhibit A. - 2. A retainage fee of ($ - NA -) must be paid to Civil Design Group, Inc. prior to . -- _ the start of our work on this Agreement. This fee is an advance payment for - professional services and will be credited toward future services rendered. • • EXHIBIT C - BILLING RATE CLASSES AND REIMBURSABLE COSTS - 1995 SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN • • _ < Hourly _ >-= • Salary Classification Des. $ Rate - Principal for Public Presentations P2 115.00 Principal in Responsible Charge P1 100.00 Project Manager E5 85.00 Senior Project Engineer E4 75.00 Project Engineer E3 69.00 Civil Engineer E2 62.00 Senior Computer Technician T3 52.00 Computer Technician T2 42.00 Junior Computer or Field Technician T1 33.00 . Administrative Assistant Al 30.00 Field Survey Crew (2 Person) 85.00 Reimbursable Costs Printing & Reproduction Actual Cost x 1.1 Automobile Transportation $0.34 per mile Other Transportation Costs Actual Cost x 1.1 Package Delivery Services Actual Cost x 1.1 Outside Subconsultant Services Actual Cost Other Project-Specific Reimbursable Costs Actual Cost x 1.1 Notes on Billing Rates & Reimbursable Costs 1. Salary rates include general office and payroll overhead. 2. Computer systems are utilized for all design, drafting, and project administration tasks. The rates quoted above include provision for the use of these systems. There are no extra fees for computer usage. 3. Reimbursable costs will be itemized in billing statements. 4. Outside Subconsultant Services are only used with the prior authorization of the Owner and will be specifically itemized in this Agreement. 5. Salary rates for additional services are subject to change on Jan. 1,.1996. • EXHIBIT D i SEWER SYSTEM EVALUATIONS, INC. �� Specializing In today's needs for environmental protection_ 2500 W.Arthington Street • Chicago,IL 60612.4108 • (312)S66-1900 • Fax(312)666-6810 n .August 8, 1995 Proposal submitted To: Civil Design Group, Inc. 100 E. Chicago Street 13th Floor, Elgin Tower Building Elgin, Illinois 60120 Attention: Steven Albert Reference: I/I Study - Willow Lake Mobile Homes Scone i The Willow Lake Mobile Home trailer park consists of approximately 110 manholes and 24,650 linear feet of sewer. This privately-owned sanitary system discharges via a 10-inch line along Bayview Road and connects to the 12-inch trunk line at 14H /17-63. Earlier flow monitoring indicates an I/I troblem within the trailer park and possibly from the 12-inch runk line downstream of the trailer park up to MH #10-63. sewer System Evaluations, Inc. (SSE) has prepared this proposal for Civil Design Group, the Engineer, to locate, identify and quantify defects within the sewer system. gob Startup SSE will perform the following items in preparation for the field activities: 1. Prepare a draft letter to be mailed or delivered by the City of Elgin to all building owners within the trailer park and Judson College. The letter will basically explain the need for and methodology for smoke testing sanitary sewers. 2. SSE will assign manhole numbers to the unnumbered trailer park manholes and make sketches of same during smoke testing. An overall system plan will be done by others. $moke Testing SSE will provide two people and the equipment to smoke test the entire sewersystem within the trailer park. An 6-inch service line coming into MH #13A-63 from Judson College will also be tested to Identifydefects. Two manholes on this service line will be locaed and exposed to perform the test. Smoke testing under dry weather conditions will expose foundation drains, defective house laterals, main line defects, area/yard drains; window well drains, roof leaders, catch basins, storm sower or storm drain interconnections to sanitary sewer, etc. The nature of "smoke sources" along A Canrlort Company EXHIBIT D • • Page 2 Civil Design Group, Inc. - - August 8, 1995 with their approximate location will be recorded. Data regarding estimated potential inflow and associated rehabilitation costs will be developed. The smoke testing should be performed only under dry soil conditions. Steps will be taken to notify the local fire and police department and sewer customers prior to initiating such tests. The notification of customers will occur by posting doorknob hanger notices at least two days prior to the testing. • Sewer &ayments will be sealed off with sand bags on either end, and filled with non-toxic, non-staining smoke, using suitable smoke blowers and smoke bombs. The smoke locations will be observed and recorded by the members of the crew. The position of each smoke source location will be established by measuring its distance from two fixed objects. Any significant smoke sources such as roof leaders or catch basins will be photographed. The Engineer will provide a third man to video tape defects and to act as liaison with the trailer park. • The low lying manholes (with tributary areas) will be noted during the smoke test. Also, manholes with smoking walls and frame seals will be identified for purposes of I/I assessment. A field log sheet documenting the results of each smoke test segment will be completed. The sewer study report will include a tabulation of the I/I sources identified, their location, associated flow rate, rehabilitation cost, and the repair cost per gpd identified ratio, Recommendations for further work including sewer televising and dyed water flooding of adjacent storm lines will be made in the report. panhole Inspection In the event that smoke testing does not identify the expected I/I sources, 110 manholes and adjacent sewer lines within the trailer park and the nine manholes on the trunk line will be inspected by experienced technicians who will descend into the manholes and record the following data: a) Location of manhole and depth from rim of manhole to sewer invert. b) Verification of sewer size and materials as well as conditions noted during lamping. c) Flow depth at the time and date of observation. EXHIBIT D Page 3 Civil Design Group, Inc. August 8, 1995 d) condition (with respect to infiltration/inflow sources) of the manhole including: ring, cover, steps, walls, apron and trough. e) The nature and degree of any debris or restriction in the manhole, including root growth. f) Access or other special problems observed during the field investigation that would materially contribute to the problems being studied. g) The location and evidence of infiltration/inflow, and estimates of the quantity. The estimates will also include rates of potential inflow entering through manhole covers. Estimated rehabilitation costs will be assigned to each observed source of potential and/or actual infiltration/inflow. The manhole inspection data for each manhole are documented in separate Manhole Inspection Reports. Rehabilitation costs are estimated for each Identified potential and actual infiltration/inflow source located within the manhole structure. The estimated infiltration/inflow rates and rehabilitation costs are tabulated within the sewer study report. It is understood that a reasonable effort will be made to identify or uncover any given manhole. Buried or unlocated manholes will be uncovered by others. Report A separate Sewer System Report will be provided. All defects including two defects identified in the 12" trunk line from recent TV work will be ranked according to the ratio of rehabilitation cost per gpd of identified inflow or infiltration. If possible, totals of inflow and infiltration will be balanced against those quantities identified from the flow monitoring. A recommended rehabilitation plan will be developed with recommendations for future metering needs and equipment. The charges for our services as outlined above are contained on the attached Proposal Summary. Prices for other potential work are also listed. Invoices will be submitted monthly based on work completed. Terms net 30 days from date of invoice. 1 . EXHIBIT D Page 4 Civil Design Group, Inc. August 8, 1995 Work on this project could begin within one week of receipt of a signed proposal and a Notice to Proceed notification. Smoke testing will be scheduled first and work would be done within a week under dry conditions. Manhole inspections are also expected to take one week. Once the field work is finished, the study report will take an additional one to two weeks to complete. Respectfully submitted, SLWER SYSTEM EVALUATIONS, INC. alla"de3"iu`"" Allan Berkner, P.E. AB:djf Accepted this day of , 19 Contracting Organization By Name and Title •1 EXHIBIT D Page 5 _ Civil Design Group, Inc. August 8, 1995 PROPOSAL SUMMARY Investigative Studies Job Startup, Lump Sum. $ 600.00 Manhole Inspection 119 manholes e $45.00/manhole $ 5,355.00 Smoke Testing 24,650 feet ! $0.25/foot. $ 6,162.50 Smoke Test Judson College Line Lump Sum $ 300.00 Report, Lump Sum $ 2,200.00 Total estimated cost $14,517.50 Additional Potential Work Itemst If smoke testing fails to locate the 8-inch Judson College line, SSE can use radio detection equipment to trace the line. The price would be $150.00 per hour, 4 hour minimum, portal to portal. Post-rehabilitation flow monitoring could be done by SSE for • the following prices and would include a data report: Flow analysis would be extra. 30 day monitoring: 4 locations ! $2,100.00 per meter $ 8,400.00 Total Monitoring beyond the initial 30-day period $ 1,680.00 Week E1uI1 (:!44:40)1 , Agenda Item No. r August 16, 1995 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Willow Lake Estates/Judson College Sanitary Sewer Analysis Phase II PURPOSE The purpose of this memorandum is to present to the City Council a proposal for professional services from the Civil Design Group, Inc. to conduct further analysis of the 12 inch sewer located in Willow Lake Estates and Judson College. BACKGROUND On February 1, 1995, various representatives of the City of Elgin, the Fox River Water Reclamation District (FRWRD) and the Chamber's Economic Development Council met with represen- tatives of the Ibiden Corporation to discuss occupancy of an existing vacant building at 875 Tollgate Road in Elgin. The Tollgate Road facility would be Ibiden's first North American facility. The main focus of the facility would be product development and sales research. Initially, the plant would employ 60 people with expansion to 100 in about 12 months. The facility would require a skilled labor force with an emphasis on research and development. Ibiden projects that an initial investment of $2.5 million will be required at the Tollgate Road site. Ibiden presently supplies printed circuit boards to a variety of U.S. firms. All production currently takes place at facil- irsties in Japan. :. 'The Tollgate Road lot is 4.02 acres and the existing vacant building is 67, 157 square feet in size. The manufacturing process required for printed circuits re- quires usage of large volumes of water. Ibiden projects that for one year, with a two shift operation, its water demand will be 126,000 gallons/day. In 12 months, when a third shift is instituted, the water usage would climb to 200,000 gallons/day. This level of usage is significant. Concerns da.Yr- Sanitary Sewer Analysis August 16, 1995 Page 2 have been raised by both the City and FRWRD about the exist- ing sanitary sewer's capacity to handle the additional volume of water. Because of the urgency associated with this large-scale eco- nomic development prospect, the City hired Civil Design Group, Inc. to do some preliminary engineering analysis of the sewer line and its capacity. Civil Design placed three flow meters at various points within the sewer line in order to develop base data information. Following an analysis of flows with the sewer line after the recent heavy rain, it would appear that capacity exists within the line to meet the needs of Ibiden, except for a 4,000 foot stretch of 12 inch line that runs through Judson College. Further analysis is required to determine if the problem in the 12 inch line is an inflow or an infiltration problem. If the problem with the 12 inch line can be resolved, then it would appear that the needs of Ibiden for sewer line capacity can be met. The FRWRD north plant does have the capacity to treat the water. On April 26, 1995, the City Council authorized staff to spend up to $250,000 to resolve the capacity problem in the Toll- gate Road sewer line. The line was cleaned and televised in the spring. The 12 inch line running through Judson College was found to be very dirty. A significant amount of material was removed from the line. The televising also seemed to indicate that the capacity problem seemed to be caused by an inflow problem (inappropriate connection) rather than an infiltration problem (cracks and failures in the line) . Civil Design Group is proposing the following work plan: 1. Smoke test Willow Lake Estates sewer system to determine if storm water is flowing into the sanitary sewers. 2. Inspect manholes. 3. Installation of four flow meters. 4. Summarize findings and make recommendations. 'The ultimate solution to the capacity problem will be achieved within the $250,000 cost limitations established by the City Council. FRWRD and the Illinois Environmental Protection Agency have issued the necessary permits for the Ibiden project. Ibiden has signed a lease for the property at 875 Tollgate Road. Sanitary Sewer Analysis re. August 16, 1995 Page 3 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED FRWRD has reviewed the proposal and concurs with the recom- mended scope of work. FINANCIAL IMPACT Expenses related to the $36,020 contract with Civil Design Group, Inc. will be charged to account 430-0000-772.84-01, project number 179521, Sewer Operations Fund, Contingencies - Tollgate Road Sewer Capacity. Higher than anticipated reve- nues in the Sewer Operating Fund should be sufficient to cover this particular project cost. LEGAL IMPACT None. RECOMMENDATION Authorize the City Manager to enter into an agreement with Civil Design Group, Inc. for a Phase II study of the Tollgate Road sewer line. Respectfully submitted,' / i?cv--./( 7 Raymond H. Moller Director of Business Services and Properties s. 4?0 Ri hard B. Helwig City Manager amp Attachments r 1 • • • . 13th R.Elgin Tower Building CIVIL DESIGN GROUP, INC. . too E.chic street 60120 Consulting Engineers 706.696.7952 703.695.e077 - • August 15, 1995 • • ,.K - '':� • w-Mr. Joseph Evers, City Engineer • • - Mr. Raymond Moller, Director of Business Services & Properties - • '"- City of Elgin - 150 Dexter Court - . • - - Elgin, IL 60120 • • Re: Willow Lakes Estates and Judson College-Sanitary Sewer Main Analysis Second Phase Study to Determine Sources of Inflow and Infiltration • CDG Project No. *393-03 • Dear Joe and Ray: . . _ . We are pleased to present this Agreement to continue studying the sanitary sewer main problem that was identified in our earlier Phase One Study. This study will • focus on identifying sources of inflow and infiltration (I/I) in the sanitary sewer mains located within the Willow Lake Estates Trailer Park and Judson College. The sources - of the I/I identified in this study will be evaluated and recommendations provided for the follow up design and construction work necessary to repair the system and r • provide flow capacity for the Ibiden manufacturing plant. - The project scope includes further monitoring of the sewer main located between the - . trailer park and the intersection of Mabel and Jerusha where the 12" main•meets the 16" trunk main. This section of main was found to contain significant I/I problems. Exhibit A of this Agreement presents the project scope of services and a summary of professional fees for the work. Exhibit B outlines Additional Agreement Terms and Conditions. Exhibit C presents our Billing Rates and Salary Classifications as well as • • a description of minor reimbursable costs that will be invoiced for this project. . The Agreement includes work to be undertaken by Sewer System Evaluations, Inc (SSEI). under our direction. They will serve as a subcontractor to Civil Design ' - ' Group on this assignment. Our Agreement with SSEI is included in this Agreement • as Exhibit D. A total of four Marsh-McBirney flow monitoring devices will be required for this -project. One flow monitor, the laptop computer required for data collection, and the . flow monitoring software will be rented from Civil.Design Group. The three other • Monitors, including mounting bands, will be rented from Lee Engineering Sales Co.. ;; The cost of rental equipment is included in Exhibit A - " • ; We will begin work as soon as the City Council approves this Agreement. 1 will be available to discuss the Agreement with the Council at the August 23rd meeting • = - before the Committee of the Whole. - _ • _ =_='`= Ark— • - -We sincerely appreciate the opportunity to serve the City of Elgin on this important - - project and look forward to successfully completing the study. The results will ' • provide the City with a clear outline of the work needed to reduce the I/I problem to . -- an acceptable level to provide capacity for the Ibiden plant. - . • - - . • -Page 1 of 7- - t - • • . •. - Mr. Joseph Evers, City Engineer - -. Mr. Raymond Moller, Director, Business Services & Properties • "' cif you are satisfied with the Agreement as presented, please execute one of the two copies and return it to our office at your convenience. As always, please do not ;. hesitate to call if you have any questions or need additional clarifications. • Agreement Signatures: - CIVIL DESIGN GROUP, INC. THE CITY OF ELGIN ' teven F. AI rt, P. By: - . President - - - . • Date: . • File: \Ocdg\propose\pc393-03.doc _ - • • •r r. • •• • • - . . • _ • . • • • . • _ _ . • _ . • _ . • - . - . • - - - . _ _ , - _ ...% . . • . . _ • „. _ - _ . • _ _ Page - • = ••- EXHIBIT A - PROJECT FEE SUMMARY AND SCOPE OF SERVICES SECOND PHASE STUDY OF I/1 PROBLEM IN JUDSON COLLEGE SEWER MAIN :.. PROJECT FEE SUMMARY .-4:1.---i--.1,:-::- :. :3 Project - • - Fee Not � " Phase Description of Project Phase to Exceed :. L : - '2 Second Phase Study of Judson College Sewer Main 817,200. - •.. - -• - - - Services provided by Civil Design Group as outlined in the Scope of Services listed below . This portion of the Total Agreement Cost includes the ' ' • following equipment rentals: six weeks at $250 per week for one Flo-Tote flow monitor, a laptop computer • - - • 'for downloading data from all four monitors,flow - - monitoring software, and providing a video camera . - -- - . - during the smoke testing phase of the project work. • • • - - Subcontract: Sewer System Evaluations. Inc. 414,620. . Services as detailed in the attached Proposal for _ . - Services to Civil Design Group, Inc. dated 8/8/95. . Services include inspecting all manholes in the Willow . - Lakes Estates area and in the 12" main between Willow - Lekes and the 16" main, making recommendations for - • . - , repair of the manholes, smoke testing the Judson College service and the estimated 24,650 feet of sewer• • within Willow Lakes, and providing a summary report. - • Eauioment Rentals: Lee Engineering Sales Co. - $4,200. ' • ; 3 Marsh-McBirney Flo-Totqs at.81,000 per month plus - - = - - ' : $200 per week thereafter ($1,400 each) _ - '• :- •` " - • .• = 3 Stainless Steel Mounting Bands included _ - - -18", 10", and 12" sizes as required for this study) . :;:•- '-R __Total Agreement Cost • - • a..:..... - • _ 436,020. •. - - , >• •:•T,__._% - _ _ - .sista_+{�.',, _- _ .- - ` -_ - •• -- .r ' Page-3 of 7 _ • ,- r • :_ • . '.EXHIBIT A -PROJECT FEE SUMMARY AND SCOPE OF SERVICES _ - SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN -.ssw_ SCOPE OF SERVICES - - - - • - - `�- . : : {''f'?=•= i Perform smoke testing in the entire Willow Lakes Estates subdivision and on the • -�` "'%-- " single service line entering Manhole 13A-63 in Judson College. Smoke testing shall be as outlined in the SSEI proposal. Civil Design Group, Inc. will provide a - - • :•field technician to accompany the SSEI crew. The field technician will assist in `• public relations during the smoke testing and will videotape all problems identified • : by the testing. • 2. Install,service and download data for six weeks, and remove and clean four flow • monitors. The monitors will be placed at the following locations:. - - - • a. At the 'WTP' location as shown in the previous study (12") ' • - :-:b. At the 'JUDSON' location as shown in the previous study (121 - c.: At the first manhole within the trailer park (10") • - d. : At the manhole with the sewer main heading north towards the Holiday Inn . _ Ito record the only significant offsite flow passing through the trailer park) • :- - :Flow monitoring is required at these locations at this time to obtain pre- • rehabilitation flow data. This data will be compared with a follow up flow - lk 'monitoring study to be performed after the system is repaired. Also, with this data we will be able to further quantify and isolate the known problem in the 12" - ductile iron Judson main. Testing again at the previous locations will allow a - comparison with data already obtained and a basis for determining the -relationship between flows in the trailer park and flows in the main line." - • "3. Prepare a summary report with conclusions and recommendations. The report • - - prepared by SSEI will summarize the manhole inspections and provide rankings • - for cost effectiveness of repairs. Their report will be presented as an appendix to • - - our report. Our conclusions will include specific recommendations for additional -- .' - study (if needed, but currently not anticipated) and recommendations for the final -. design of improvements to correct problems found. • _ • . • - - - :The summary report will include a cost/benefit,analysis to determine the cost • ' _ - effective 1/1 removal options. The upper limit of cost will be governed by the - f option of pumping around the problem Judson line (the lift station option). • - • •-4. -Attend meetings with City staff as required to present results of the work and to gain input for follow up assignments. , - - - - -- "t'```,'-::-• ' •Attend one aCi Council meeting if r ues j = of • M ty unc (• ' requested) to present the results the study -_-_, .... ....7:,.."' ' - ' - end subsequent analysis. - . -:--.,..*.i4. Project management including meetings with the City.and FRWRD, meetings with • - - ':' ''''''•=' •41•:.:_-‘:_;_;- • sg nd coordination of SSEI,. internal staff meetings, project communications, and . •�- -E -- project administration.-• . ' _ - - - r:;- • 7. :Miscellaneous tasks including developing a sanitary service area map of the .2 - - `= frailer park, plotting drawings, and quantity and cost estimates. . • - - =�age4of7 - • • • EXHIBIT A PROJECT FEE SUMMARY AND SCOPE OF SERVICES • SECOND PHASE STUDY OF UI PROBLEM IN JUDSON COLLEGE SEWER MAIN • --• _.:�; << .. itlotes to the Project Scone of Services - • =_yr: ;_. '.1. Additional, currently unanticipated, design or construction requirements may • . arise during the course of the project. Any additional scope of work elements will be undertaken only after written approval from the City of Elgin or after an • .. ; ' ' • Amendment to this Agreement has been approved. • - - • - '2. _Additional work may result from the need to provide flow monitoring for a period longer than six weeks. We will need to monitor long enough to obtain data for wet weather conditions. • • .3. The Agreement with SSEI is a unit price Agreement. Payment will be made only for manholes actually found and inspected and for the linear footage of sewer - main actually smoke tested. - • - . -4.. The results of this study are required before we will be able to estimate the cost of design and construction of the required remediation. If smoke testing does not resolve the I/I problem, the following additional studies may be required: • a. Performing storm sewer dye flooding studies (with concurrent televising) of • potential storm water cross connections. b. -Performing building inspections to locate storm water inflow sources not • apparent during the smoke testing. c. -Cleaning and televising all or portions of the sewers within the trailer park. - - _ - 5. Design plans and specifications for remediation of inflow problems are not included in this study but will be required upon completion of the study phase. Other future required work may include the following: : - - -• a. Preparing design plans for corrective actions, project bidding, and overseeing - construction of the improvements. .• • •b. Performing post rehabilitation flow monitoring studies to prove the •• . ' effectiveness of the rehabilitation work (to be done in the Spring of 1996). Making recommendations for additional remediation steps, if still required. . _ • . Page5of7 - • • - y _ ' EXHIBIT B - ADDITIONAL AGREEMENT TERMS AND CONDITIONS • SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN - • Schedule -'� =-= .:"-1.. it is assumed that the project will be completed in calendar year 1995. ` 2: The project fee is based upon completing the work without unscheduled ' • - ' interruption. If the project is placed on hold for unanticipated reasons the project fee will be subject to renegotiation. . 3.- This Agreement must be signed and returned to our office within 30 days from the date listed on the cover letter of this Agreement to remain valid. The . Agreement will expire upon completion of the Project Scope of Services. • General Reauirements - .` 1. The City of Elgin (or their authorized representatives) will furnish any project information required in a timely manner to support the work. The required • ' _information is listed in the Exhibit A notes (mostly in hand already). - • 2. . Civil Design Group, Inc. is not responsible for the accuracy of plans, surveys, or other design information provided to us for use in the preparation of our work. Project Fee • - - _ 1. " The total cost of services for each detailed scope of work item will be less than or equal to the fee estimate presented in Exhibit A. . 2. - If additional work is requested, or if any change to the scope of services is • - _ _required, Civil Design Group, Inc. will not proceed with the new services until a _ revision to the original Agreement has been agreed upon. - . - . • • .3. ' Costs of additional reimbursable expense categories are detailed in Exhibit C. These costs will be billed in addition to the basic fees for services. • r • • 4. If the project is not substantially completed this calendar year, the remaining project fee will be increased by up to 5% to reflect changes in billing rates on . • .. . :Jan. 1st. - • - .Fee Payment - - t •- -1.: All' fees for services and other expenses will be invoiced monthly or upon : ;...-.may .,� ., _ - s: completion of a project scope item listed in Exhibit A. � - _ . • A retainage fee of ($ - NA -) must be paid to Civil Design Group.Inc. prior to : the start of our work on this Agreement. This fee is an advance'.payment for ' _ - professional services and will be credited toward future services rendered. ' .. _ _ = Page6of � ' - - t : EXHIBIT C- BILLING RATE CLASSES AND REIMBURSABLE COSTS - 1995 SECOND PHASE STUDY OF Ill PROBLEM IN JUDSON COLLEGE SEWER MAIN • .. - -4:::.....2L - = • - • • - :i::.4l4nwut ly = imo ;- salary Classification Des. - $ Rate r_ - 7••••••-•. • Principal for Public Presentations P2 115.00 ' •_ : -Principal in Responsible Charge P1 .100.00 Project Manager • _ " E5 85.00 Senior Project Engineer . E4 . 75.00 Project Engineer -, " E3 69.00 . Civil Engineer _ E2 62.00 Senior Computer Technician . . . T3 52.00 Computer Technician - "T2 - 42.00 - Junior Computer or Field Technician T1 33.00 Administrative Assistant Al 30.00 Field Survey Crew (2 Person) • - . 85.00 Reimbursable Costs Printing & Reproduction Actual Cost x 1.1 Automobile Transportation _ $0.34 per mile Other Transportation Costs Actual Cost x 1.1 _ Package Delivery Services Actual Cost x 1.1 Outside Subconsultant Services .. Actual Cost Other Project-Specific Reimbursable Costs - Actual Cost x 1.1 Notes on Billing Rates & Reimbursable Costs _ -_ _ 1. Salary rates include general office and payroll overhead. - 2. Computer systems are utilized for all design, drafting, and project -administration tasks. The rates quoted above include provision for.the use • - ` - of these systems. There are no extra fees for computer usage. - 3. Reimbursable costs will be itemized in billing statements. .' . • - _ 4. Outside Subconsultant Services are only used with the prior authorization `- -.. -.of the Owner and will be specifically itemized in this Agreement. " • . •'c : e4 'b. Salary rates for additional services are subject to change on Jan. 1,:).996. - - .. • -Page 7,_of7 - _ • EXHIBIT D 4i- SEWER SYSTEM EVALUATIONS, INC. i"9 Specializing in today's needs for environmental protection- 500 2500 W.Arthington Street • Mica IL 806124108 666-t9oo • fan(3 2? (312 8666810 • _`_;, 1August S, 1995 -F Proposal Submitted To: Civil Design Group, Inc. 100 E. Chicago Street 13th Floor Elgin Tower Building Elgin, Illinois 60120 Attention: Steven Albert Reference: I/I Study - Willow Lake Mobile Homes 1 The Willow Lake Mobile Home trailer park consists of approximately 110 manholes and 24,650 linear feet of sewer. Thii privately-owned sanitary system discharges via a 10-inch line along Bayview Road and connects to the 12-inch trunk line at MH #17-63. Earlier flow monitoring indicates an I/1 troblem within the trailer park and possibly from the 12-inch runk line downstream of the trailer park up to MH #10-63. Sewer System Evaluations, Inc. (SSE) has prepared this proposal for Civil Design Group, the Engineer, to locate, identify and quantify defects within the sewer system. gob Startup . • SSE will perform the following items in preparation for the field activities: 1. Prepare a draft letter to be mailed or delivered by the City of Elgin to all building owners within the trailer park and Judson College. The letter will basically explain the need for and methodology for smoke testing sanitary sewers. • 2. SSE will assign manhole numbers to the unnumbered trailer park manholes and make sketches of same. during smoke testing. An overall system plan will be done by others. ,Smoke Testing SSE will provide two people and the equipment to smoke test the entire sewer system within the trailer park. An s-inch :- service line coming into MR #13A-63 from Judson College will " " also be tested to identifydefects. Two manholes on ibis ?':�`` service line will be locaed and exposed to -.-- xpo perform the test. } Smoke testing under dry weather conditions will moose foundation drains, defective house laterals, main line defects, area/yard drains, window well drains, roof leaders, catch basins, storm sewer or storm drain interconnections to sanitary sewer, etc. The nature of "smoke sources" along A Gallon Company - - -- _ -- - --- -- EXHIBIT D r • Page 2 --- civil Design Group, Inc. ... c.august 8, 1995 7.- their approximate location will be recorded. Data : ,- -- regarding estimated potential inflow and associated rehabilitation costs will be developed. The smoke testing should be performed only under dry soil conditions. Steps will be taken to notify the local firs and police department and sewer customers prior to initiating such tests. The notification of customers will occur by • posting doorknob hanger notices at least two days prior to the testing. . Sewer segments viii be sealed off with sand bags on either end, and filled with non-toxic, non-staining smoke, using suitable smoke blowers and smoke bombs. The smoke locations will be observed and recorded by the members of the crew. The position of each smoke source location will be established by measuring its distance from two fixed objects. Any significant smoke sources such as roof leaders or catch basins will bc photographed. The Engineer will provide a third man to video tape defects and to act as liaison with rthe trailer park. The low lying manholes (with tributary areas) will be noted during the smoke test. Also, manholes with smoking walls and frame seals will be identified for purposes of I/I assessment. A field log sheet documenting the results of each smoke test segment will be completed. The sewer study report will include a tabulation of the I/I sources identified, their location, associated flow rate, rehabilitation cost, and the repair cost per gpd identified ratio. Recommendations for further work including sewer televising and dyed water flooding of adjacent storm lines will be made in the report. _ • Manhole Inspection In the event that smoke testing does not identify the expected I/I sources, 110 manholes and adjacent sever lines within the trailer park and the nine manholes on the trunk line will be inspected by experienced technicians who will descend into the manholes and record the following data: . a) Location of manhole and depth from rim of manhole to sewer invert. 11-i=i . . b) Verification of sewer size and materials as well as conditions noted during limping. rik c) Flow depth et the time and date of observation. -- --- . •: EXHIBIT D r • • -. Page 3 _.,: ' 'Civil Design Group, Inc. . '.. J ` A ugust 8, 1995 d) Condition (with respect to infiltration/inflow - sources) of the manhole including: ring, cover, steps, walls, apron and trough. e) The nature and degree of any debris or restriction in the manhole, including root growth. f) Access or other special problems observed during the field investigation that would materially contribute to the problems being studied. g) The location and evidence of infiltration/inflow, and estimates of the quantity. The estimates will also include rates of potential inflow entering through manhole covers. Estimated rehabilitation costs will be assigned to each observed source of potential and/or actual infiltration/inflow. The manhole ins pp „ ion data for each manhole are documented rk in separate Ma.nhol Inspection Reports. Rehabilitation costs are estimated for each identified potential and actual infiltration/inflow source located within the manhole structure. The estimated infiltration/inflow rates and rehabilitation costs are tabulated within the sewer study report. It is understood that a reasonable effort will be made to identify or uncover any given manhole. Buried or unlocated manholes will be uncovered by others. Report A separate Sewer System Report will be provided. All defects including two defects identified in the 12m trunk line from recent TV work will be ranked according to the ratio of rehabilitation cost per gpd of identified inflow or infiltration. If possible, totals of inflow and infiltration will be balanced against those quantities identified from the flow monitoring. A recommended rehabilitation plan will be developed with recommendations for future metering needs and equipment. _ The charges for our services as outlined above are contained -;µ' ,`on the attached Proposal Summary. Prices for other potential '�ilts - work are also listed. Invoices will be submitted monthly based on work completed. �' ,_:rTermZ net 30 days from date of invoice. _ ___.,___- _ .—_______ ___-_ .arm •4 EXHIBIT D r r • Page 4 —.-Civil Design Group, Inc. -_ _; August 8, 199$ le :;`ilork on this roject could begin within one week of receipt •of a signed p oposal and a Notice to Proceed notification. Smoke testing will be scheduled first and work would be done within a week under dry conditions. Manhole inspections are also expected to take one week. Once the field work is finished, the study report will take an additional one to two weeks to comp ete. Respectfully submitted, SEWER SYSTEM VALUATIONS, INC. i52142,,,43aw% , Allan Berkner, P.R. AB:djf r Accepted this day of , 19 Contracting Organization By . _ Name and Title • fw ;-- _ • , ;.... r EXHIBIT D F _ _.. Page 5 . . . Civil Design Group, inc. # ` =." August 8, 1995 l A y • PROPOSAL SUMMARY Investivative Studij Job Startup, Lump Sum $ 600.00 Manhole Inspection 119 manholes ! $45.00/manhole $ 5,355.00 Smoke Testi - 24,650 feet a $0.25/toot. . $ 6,162.50 Smoke Test Judson College Line Lump Stmt. $ 300.00 . (Pk Report, Ltimp Sum $ 2,200.00 • Total estimated cost $14,617.50 • Add • itional P tsntial Word Items If smoke testing fails to locate the 8-inch Judson College line, SSE ca use radio detection equipment to trace the . line. The price would be $150.00 per hour, 4 hour minimum, portal to portal. Post-rehabil tation flow monitoring could be done by SSE for the followin prices and would include a data report. Flow analysis wou d be extra. . 30 day Monitoring: 4 locations $2,100.00 per meter $ 8,400.00 Total .:.- ,� - monitoring beyond the initial F .. 30-day period $ 1,680.00 Meek • ;4 r1